Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2011 FBO #3387
SOURCES SOUGHT

28 -- Paxman Parts

Notice Date
3/2/2011
 
Notice Type
Sources Sought
 
NAICS
336312 — Gasoline Engine and Engine Parts Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-11-S-10001
 
Archive Date
3/30/2011
 
Point of Contact
Cathy Pelekakis, Phone: 4107626276, Scott Wood,
 
E-Mail Address
cathy.pelekakis@uscg.mil, Scott.A.Wood@uscg.mil
(cathy.pelekakis@uscg.mil, Scott.A.Wood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Coast Guard Surface Forces Logistics Center has a requirement for Brand Name/Paxman Valenta Model 16RP200M Engine Parts to support the 110' WPB cutters. The intent is to award a requirements contract with firm-fixed price task orders. The USCG may split the award into more than one requirements type contract if specific parts are only available from specific prospective contractors. An Award will be made the successful offer(s) which represents the Best Value to the government, found to be the lowest price technically acceptable. The Government will allow competitive offers to be submitted for this supply; however, remanufactured or aftermarket parts are not acceptable. The Government DOES NOT possess the necessary drawings, technical specifications, etc., to evaluate other parts. This information is proprietary to the OEM. At the present time, NAICS code 336312 is a manufacturing code and there is no existing SBA Class Waiver in effect. At the present time this is an unrestricted requirement and the NAICS code for this acquisition is 333612 As such, small businesses could not meet the non-manufacturer's rule. This preludes a small business set-aside for these parts. Period of Performance: The period of performance of the contract is (1) base year and (4) option years with firm fixed price delivery orders. The USCG may split the award into more than one requirements type contract if specific parts are only available from specific bidders. Place of Performance: At contractor's facility. If you intend to submit an offer on this acquisition, please respond by email/mail to cathy.pelekakis@uscg.mil or by fax (410) 762-6306. Questions may be referred to Miss Cathy Pelekakis at (410) 762-6276. In your response you must include: (a) a positive statement of your intention to submit a bid for this solicitation as a prime contractor, and (b) evidence of experience in work similar in type and scope to include contract numbers, project titles and dollar amounts, points of contact and telephone numbers. At least two references are requested, but more are desirable. Your response is required by 15 March 2011 2010, 12:00 pm (EST). The submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. This synopsis is used pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. For information regarding this acquisition, contact the Contracting officials listed herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG40-11-S-10001/listing.html)
 
Record
SN02391795-W 20110304/110302234717-8135c7985c102e97c6efa3eda40f516a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.